Operations and Maintenance Services: 985 Michigan Avenue
THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED B... THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A SOURCES SOUGHT ANNOUNCEMENT ONLY. THE PURPOSE OF THIS ANNOUNCEMENT IS FOR MARKET RESEARCH PURPOSES ONLY. RESPONSE TO THIS ANNOUNCEMENT WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. A SUBSEQUENT SOLICITATION ANNOUNCEMENT MAY FOLLOW. RESPONSES TO THIS ANNOUNCEMENT WILL NOT BE CONSIDERED AS AN ADEQUATE RESPONSE TO ANY FUTURE ANNOUNCEMENT. The General Services Administration (GSA) seeks a Provider/Offeror to: Provide "Operations and Maintenance Services" at the 985 Federal Building at 985 Michigan Avenue, Detroit, MI 48226. The awardee will be tasked with providing performance based Operations & Mechanical Maintenance services to ensure the safety of the building mechanical operations and to maintain the building assets. The general nature and intent of the work to be performed will include but is not limited to labor, materials, equipment, management, and supplies for the efficient, effective, economical, and satisfactory operation, scheduled and unscheduled maintenance, and repair of the following equipment and systems: electrical systems and equipment; Mechanical, plumbing, Building Automation System (BAS); Fire protection and life safety systems and equipment; Architectural and structural systems, fixtures, and equipment within the site (to the property line); Maintenance of landscape irrigation systems; locks, keycard systems, dock levelers and roll-up and sliding garage doors; and storm drainage systems. The Contractor shall maintain all fixed equipment and systems; The Contractor shall complete roofing system investigations and repairs; The Contractor shall maintain and repair U.S. flag pole, lighting and pulley system. The Contractor shall be responsible for performing all work under this contract in accordance with all Federal, State, County, City laws and codes, and follow the more stringent of them. In addition to compliance with these laws, the Contractor shall follow all applicable standard industry practices including, but not limited to: Occupational Safety and Health Act (OSHA). THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. The government will evaluate market information to ascertain potential market capacity to provide services consistent in scope and scale with those described in this notice and otherwise anticipated. It is the intent that any subsequent solicitation issued will result in the award of a Blanket Purchase Agreement (BPA) to a GSA Schedule 03FAC contract holder, which represents the best value to the Government, technical and price factors considered. It is expected that the subject BPA will be ten (10) years in length, including options. In order to be considered for award, a vendor will be required to have certain Special Item Numbers (SINs) awarded on their Schedule 03FAC contract. Specific SINs will be listed in each RFQ, however it is expected that each vendor/Contractor Team Arrangement (CTA) will need to have, at a minimum, the following SINs: For O&M and CFM requirements: o 811 002 Complete Facilities Maintenance o 811 003 Complete Facilities Management o 003 97 Ancillary Repair and Alterations o 003 100 Ancillary Supplies and/or Services o 03FAC 500 Order-Level Materials (OLMs) BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Those wishing to identify their capability to provide the aforementioned services should respond to this announcement via email to Peter.Haas@gsa.gov no later than June 10, 2019 at 05:00 PM (Eastern Standard Time). Interested parties should provide the following: Company Information - Name of firm - Point of contact (name, phone number, and email address) - DUNS number - Business Size (Large/Small) for NAICS 561210 - Socioeconomic Category(ies) (8(a), HUBZone, SDVOSB, WOSB) 2. GSA Schedule Information - GSA Schedule Contract Number - Current period of performance - Ultimate 20-year contract expiration date - Continuous Contracts - Do you hold a continuous contract or are you in the process of receiving a continuous contract? If so, what is the expiration date? - List of all SINs awarded under your 03FAC contract The Method of Award for any future solicitation is based on technical factors, past performance and price. THIS REQUEST FOR INFORMATION OR "SOURCES SOUGHT," SHALL NOT BE CONSTRUED AS A REQUEST FOR PROPOSAL OR OFFER. INFORMATION IS TO BE PROVIDED ON A VOLUNTARY BASIS. NO ENTITLEMENT TO PAYMENT OF DIRECT OR INDIRECT COSTS OR CHARGES INCLUDING POSTAGE AND SHIPPING WILL ARISE AS A RESULT OF THE SUBMISSION OF INFORMATION.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »